NIGERIAN CORRECTIONAL SERVICE, ABUJA has floated a tender for Extension of Electricity to Correctional Facility Host Community. The project location is Nigeria and the tender is closing on 22 Oct 2019. The tender notice number is NPS/W&L/W/040, while the TOT Ref Number is 36228286. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Nigeria

Summary : Extension of Electricity to Correctional Facility Host Community

Deadline : 22 Oct 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 36228286

Document Ref. No. : NPS/W&L/W/040

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : NIGERIAN CORRECTIONAL SERVICE, ABUJA
Tender Capture Centre, Correctional National Headquarters Canteen, Bill Clinton Drive, Airport Road, Abuja
Nigeria
Email :procurement@prisons.gov.ng

Tender Details

Prequalifications are invited for Extension of Electricity to Correctional Facility Host Community (Kaida Village) at Suleja.

3. GENERAL ELIGIBILITY REQUIREMENTS
Interested and competent Contractors, suppliers and Service Providers/Consultants wishing to carry out any of the projects listed under the Two (2) categories above are required to submit the following documents in their prequalification/Technical Bids which will be subjected to verification and due diligence by the Nigerian Correctional Service:
(i) Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7;
(ii) Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years (2016, 2017 & 2018), valid till 31st December, 2019; with minimum average turnover of N400m for Category ‘A’ and N100m for Category ‘B’;
(iii) Evidence of current Pension Compliance Certificate valid till 31st December, 2019;
(iv) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2019;
(v) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2019;
(vi) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/1/2020 or valid Certificate issued by BPP;
(vii) A sworn affidavit disclosing whether or not any officer of the relevant committees of the Nigerian Correctional Service or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the company and to confirm that all information presented in this bid are true and correct in all particulars;
(viii) Company’s Audited Accounts for the last three (3) years – 2016, 2017, 2018;
(ix) Evidence of financial capability to execute the project by submission of Reference Letter from a reputable Commercial Bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
(x) Company’s Profile with the Curriculum Vitae of key Staff to be deployed for the project, including copies of their Academic/Professional qualifications (In case of Construction: COREN, QSRBN, ARCON, CORBON etc.);
(xi) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (S) years including letters of Awards, valuation certificates, Job Completion Certificates and Photographs of the projects;
(xii) List of Plants/Equipment with proof of owners hip/ Lease (where applicable);
(xiii) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner);
(xiv) All documents for submission must be transmitted with a Covering/ Forwarding letter under the Company letter Head Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferable GSM No.), and e-mail address. The Letter head paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorised officer of the company.

4. COLLECTION O F TENDER DOCUMENTS (CATEGORY B)
Interested companies are to collect the Standard Bidding Document (SBD) from the Technical Unit of the Procurement Department (Capital) 1st Floor, Room 111 – Correctional National Headquarters, Bill Clinton Drive, Airport Road, Abuja on evidence of payment of a non-refundable fee of N10, 000.00 per Lot, paid Into TSA through the Nigerian Correctional Service’s Remits CODE NO. 1000082548 in any commercial bank and Treasury Receipt obtained from Nigerian Correctional Service Cash Office.

NOTE THAT BIDDERS FOR CATEGORY A ARE NOT REQUIRED TO PAY FOR BIDDING DOCUMENT UNTIL AFTER PRE-QUALIFICATION.

5. SUBMISSION OF TENDER DOCUMENTS – Category A
Prospective Bidders are to submit prequalification document each of the Lot desired, two (2) hard packaged separately in sealed envelopes and clearly marked as “Prequalification Document for Category ‘A’ and put in a sealed envelope addressed to Controller General, Nigerian Correctional Service, National Headquarters Office, Bill Clinton Drive, Airport Road, Abuja and clearly marked with (the name of the project and Lot Number). Furthermore, the reverse of each sealed envelope should have the name and the addresses of the bidder and dropped in the designated Tender Box at the Tender Capture Centre, Correctional National Headquarters Canteen, Bill Clinton Drive, Airport Road, Abuja, not later than 12:00 noon, Tuesday 8 October, 2019.

6. SUBMISSION OF TENDER DOCUMENTS – CATEGORY B
Prospective Bidders are to submit prequalification document each of the Lot desired, two (2) hard copies each of the technical and financial bids with softcopy of financial bid In MS Excel format packaged separately in sealed envelopes and clearly marked as “Technical Bid’ or ‘Financial Bid ‘for Category ‘B’. Thereafter, put the two sealed envelopes together in a bigger sealed envelope addressed to Controller General, Nigerian Correctional Service, National Headquarters Office, Bill Clinton Drive, Airport Road, Abuja and clearly marked with (the name of the project and Lot Number). Furthermore, the reverse of each sealed envelope should have the name and the addresses of the bidder and dropped in the designated Tender Box at the Tender Capture Centre, Correctional National Headquarters Canteen, Bill Clinton Drive, Airport Road, Abuja, not later than 12:00 noon, Tuesday 22 October, 2019.

7. OPENING OF BIDS Category A
The prequalification document will be opened Immediately after the deadline for submission 12:00 noon, Tuesday 8 October, 2019 at the Correctional National Headquarters office (Pavilion) Abuja in the presence of bidders or their representatives. Please ensure that you sign the Bid Submission Register in the Tender Capture Centre at the Correctional National Headquarters Canteen, Bill Clinton Drive, Abuja, as the Nigerian Prisons Service will not be held liable for misplaced or wrongly submitted bids. For further enquiries, please contact the “Head (Procurement)” procurement@prisons.gov.ng
Only Prequalified bidders will be invited at a later date for collection of tender documents.

8. OPENING OF BID – Category B
Only the Technical bids will be opened immediately after the deadline for submission at 12:00 noon, Tuesday 22 October, 2019 at the Correctional National Headquarters office (Pavilion) Abuja in the presence of bidders or their representatives, while the financial bids will be kept un-opened. Please ensure that you sign the Bid Submission Register in the Tender Capture Centre at the Correctional National Headquarters Canteen, Bill Clinton Drive, Abuja, as the Nigerian Correctional Service will not be held liable for misplaced or wrongly submitted bids. For further enquiries, please contact the “Head (Procurement)” procurement)” procurement@prisons.gov.ng
Only the pre-qualified bidders will be contacted at a later date for financial bids opening, while financial bids of unsuccessful bidders will be returned un-opened.

9. GENERAL INFORMATION
(a) Bids must be in English Language and signed by an official authorised by the bidder;
(b) Bids submitted after the deadlines for submission would be returned un opened;
(c) Bidders should not bid for more than two (2) Lots.
(d) All costs will be borne by the bidders;
(e) The Nigerian Correctional Service Is not bound to pre-qualify any bidder and reserves the right to annul the Procurement process at any time without incurring any liabilities in accordance with Section 28 of the Public Procurement Act 2007.

SIGNED:
CONTROLLER GENERAL
NIGERIAN CORRECTIONAL SERVICE

Documents

 Tender Notice